Falklands SAR and Support helicopter tender announcement .
Awarding Authority: Special Projects Multi-Air Platform Project Team, DE&S Defence Equipment and Support
Search and rescue helicopters. Air-rescue services. Air-sea rescue services. The primary requirement is for Falkland Islands Search and Rescue Helicopter Service with consideration given to industry provision of a Support Helicopter Service. Do Bristow have it in the bag . |
Why would Bristow "have it in the bag"? CHC already have an (offshore rig support) base in the Falklands, and Bristow do not, so that's CHC likely in the mix too. You might even say "CHC have it in the bag" on that basis
|
The big 2
Will it not be a case of Bristow and Bond (Avincis) being in the hunt again just like in the UK. Especially if it comes down to a DfT type of tender or is this one going to fall under MoD?
|
According to the British International Helicopters website they already have 2 S61Ns based at the Falklands with a full support crew. I'd have thought they'd also be bidding for this contract.
|
Fair point Firebird. BIH have been there for many years however does its new owners have the financial support to invest in new machines. The S61 is a fine machine but, once again, it's getting to the end of it's days.
|
Falklands SAR and Support helicopter tender announcement
Anyone know where and when the tender for the Falklands is and was announced ?
|
It's on the DCI website. Issued 2 August. You need a login and password to see the body of the tender.
|
UK-Bristol: Search and rescue helicopters.
02 Aug 2013 Type of document: Contract Notice Country: United Kingdom UK-Bristol: Search and rescue helicopters. Section I: Contracting Authority I.1)Name, Addresses and Contact Point(s): Special Projects Multi-Air Platform Project Team, DE&S Defence Equipment and Support (DE & S), Special Projects Multi Air Platforms Project Team, Yew 1a #1141, MoD Abbey Wood, Bristol, BS34 8JH, United Kingdom Tel. +44 3067982975, Fax. +44 1179131943, Email: [email protected] Attn: SPMAP Commercial Deputy Manager 1 Further information can be obtained at: As Above Specifications and additional documents: As Above Tenders or requests to participate must be sent to: As Above I.2)Type of the contracting authority: Ministry or any other national or federal authority, including their regional or local sub-divisions I.3) Main activity: Defence I.4) Contract award on behalf of other contracting authorities: The contracting authority is purchasing on behalf of other contracting authorities: No Section II: Object Of The Contract: SERVICES II.1)Description II.1.1)Title attributed to the contract by the contracting authority: Falkland Islands Search and Rescue Helicopter Service II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES Service Category: 3 II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract II.1.5)Short description of the contract or purchase: Search and rescue helicopters. Air-rescue services. Air-sea rescue services. The primary requirement is for Falkland Islands Search and Rescue Helicopter Service with consideration given to industry provision of a Support Helicopter Service. The Authority intends to make a decision regarding its need for the Support Helicopter Service prior to Contract award and reserves the right not to contract for the Support Helicopter Service. If a Support Helicopter Service is included at contract award, the contract will include options to increase or decrease the volume of flying hours during the contract period. Compliance to all relevant International, National and Local laws, legislation and obligations applicable to this requirement is required both in the contract award procedure and during the term of any resultant contract. European Regulation (EC) 216/2008 defines search and rescue as a state activity therefore the service will be regulated through UK Government (Department for Transport). Search and Rescue (SAR) Service An all-weather SAR helicopter service, able to operate throughout the Falklands Islands region and in the maritime environment. The SAR service must be responsive, able to search a wide area of interest, locate and recover both military personnel (including fast jet ejectees) and civilians, and medically stabilize those casualties/survivors from all risk areas including mountainous terrain and the maritime environment. The service must support training activities and be capable of moving equipment by under-slung load (including a fire-fighting bucket) to casualties, emergency crews, and maritime shipping. Support Helicopter (SH) Service The secondary requirement is for a SH Service able to operate throughout the Falkland Islands region and in the maritime environment. The SH service must be able to transport a range of freight including under-slung loads and personnel. II.1.6)Common Procurement Vocabulary: 35612500 - Search and rescue helicopters. 60443000 - Air-rescue services. 60443100 - Air-sea rescue services. II.1.7) Information about Government Procurement Agreement (GPA): The contract is covered by the Government Procurement Agreement (GPA): Yes II.1.8)Lots: This contract is divided into lots: No II.1.9)Information about variants: Variants will be accepted: No II.2)Quantity Or Scope Of The Contract II.2.1)Total quantity or scope: The primary requirement is for the procurement of Falkland Islands Search and Rescue Helicopter Services, with consideration given to Industry provision of Support Helicopter Service. The Authority intends to make a decision regarding its need for the Support Helicopter Service prior to Contract award and reserves the right not to contract for the Support Helicopter Service. The planning assumption for service commencement date is no later than 01 Apr 16. The SAR Service will require helicopter(s) with a minimum rescue capacity per aircraft of 2 casualties/survivors both of which are capable of being stretchered and a minimum radius of action of 150nm. The SAR Service is required 365 days a year on a 24hr basis. The secondary requirement for a SH Service requires helicopter(s) capable of transporting personnel and freight (including internal and under-slung loads), or a mixture of both. It is anticipated that the total contract duration will be 10 years from service commencement date, with options to extend for up to a further period of 24 months. Payment will be made against service delivery. Estimated value excluding VAT: Range between: 100,000,000 and 150,000,000 Currency: GBP II.2.2)Options: Yes If yes, description of these options: There will be options to extend the contract for up to a further period of 24 months and additionally the potential option for varying the levels of SH. The exercising of any options will be at the sole discretion of the contracting authority. II.2.3)Information about renewals: This contract is subject to renewal: No II.3)Duration Of The Contract Or Time-Limit For Completion Duration in months: 120 (from the award of the contract) Information About Lots Section III: Legal, Economic, Financial And Technical Information III.1)Conditions relating to the contract III.1.1)Deposits and guarantees required: The Authority reserves the right to ask for any indemnity, guarantee or bank bond. III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Bids are to be priced in sterling and payment will be made in sterling. Conditions relating to financing and payment will be specified in the contractual documentation. Payment will be made electronically. III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the Contract. III.1.4)Other particular conditions: The performance of the contract is subject to particular conditions: No III.2)Conditions For Participation III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: In response to the Pre Qualification Questionnaire (PQQ), applicants will be required to confirm that none of the circumstances mentioned in Regulation 23(1) of the Defence and Security Public Contracts Regulations 2011 and Article 39 of Directive 2009/81/EC affect them. III.2.2)Economic and financial capacity Economic and financial capacity - means of proof required: Minimum Level(s) of standards possibly required: In response to the PQQ companies are required to provide one hard copy of their audited accounts for the most recent two years. Where a consortium or association is proposed, this information must be provided for each member company. Where the Potential Provider is a subsidiary of a group, the financial information is required for both the subsidiary and the parent company. III.2.3)Technical capacity Technical capacity - means of proof required Minimum Level(s) of standards possibly required: In response to the PQQ companies are required to confirm and provide evidence of current/recent i.e. since 1 January 2003, delivery of Search and Rescue Helicopter Services for a National Authority and/or for the Oil and Gas Industry. Companies are required to confirm their willingness to obtain the required security clearances. Some personnel must be cleared to Security Check (SC). III.2.4)Information about reserved contracts: Not Provided III.3)Conditions Specific To Service Contracts III.3.1)Information about a particular profession: Execution of the service is reserved to a particular profession: No III.3.2)Staff responsible for the execution of the service: Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No Section IV: Procedure IV.1)Type Of Procedure IV.1.1)Type of procedure: Negotiated Some candidates have already been selected: No IV.1.2)Limitations on the number of operators who will be invited to tender or to participate: Envisaged minimum number: 3 and maximum number: 4 Objective Criteria for choosing the limited number of candidates: Interested suppliers are invited to apply immediately for a PQQ by contacting the Authority, details at Para 1.1, with their Expression of Interest in response to this Contract Notice. Potential suppliers are required to send the Authority a completed PQQ providing information that allows the Authority to evaluate the supplier's capacities and capabilities. Please note the deadline for the Authority's receipt of the completed PQQ response is 12 September 2013 (12/09/13). Full details of the method for selection is set out in the PQQ. IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes IV.2)Award Criteria IV.2.1)Award criteria: The most economically advantageous tender in terms of The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2)Information about electronic auction: An electronic auction will be used: No IV.3)Administrative Information IV.3.1)File reference number attributed by the contracting authority: SPMAP/0038 IV.3.2)Previous publication(s) concerning the same contract: No IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document: Payable documents: No IV.3.4)Time-limit for receipt of tenders or requests to participate Date: 12/09/2013 Time: 12:00 IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English Section VI: Complementary Information VI.1)This Is A Recurrent Procurement: No VI.2)Information about European Union funds: The contract is related to a project and/or programme financed by European Union funds: No VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at MOD-DCO | Defence Contracts Online. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation. Advertising Regime OJEU: - This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and MOD-DCO | Defence Contracts Online The SAR service is currently provided by the Authority with maintenance support provided by Industry, and the current SH service is provided by Industry. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. The authority expressly reserves the following rights: (1) Not to award any contract as a result of the procurement process commenced by the publication of this notice; (2) In no circumstances will the authority be liable for any costs incurred by the candidates for participation, preparation and attendance at events relating to this Contract notice; (3)The contracting authority reserves the right to require any candidate to clarify in writing any information provided in its submission and/or provide additional information (and failure to respond adequately may result in the candidate being disqualified); (4) The contracting authority reserves the right to disqualify immediately any candidate who submits misleading or incomplete information. Interested parties are invited to submit their expression of interest immediately to the Issuing Branch identified in Section I.1, The Pre Qualification Questionnaire will be provided upon receipt of each Expression of Interest– please note the deadline for the MoD’s receipt of the completed PQQ response is 12 September 2013 (12/09/13). The Contracting Authority is procuring this Contract on the basis of the negotiated procedure. However, in providing a PQQ interested parties must be aware that, in line with the principle of transparency, the contracting authority's strong preference is to limit negotiation to the minimum necessary and reserves the right to limit the topics that are open for negotiation. Any matters that are non-negotiable will be identified in the documentation that is issued to short-listed bidders. Tenders and all supporting documentation must be priced in pounds sterling. Any resulting contract will be considered a contract made in England according to English law. Compliance with all relevant legislation, including but not limited to environmental and safety regulations, is required both in the contract award procedure and during the term of any resultant contract. Applicants should note that transparency requirements will be a condition of the proposed contract. Those requirements will permit the contracting authority to publish the text of the contract and information contained within tenders, subject to possible redactions at the discretion of the contracting authority. The information contained in this notice, including the CPV codes, is neither exhaustive nor binding, and may be amended at the time of issue of any further notice or notices or at any other time at the discretion of the contracting authority. Bidders may wish to note that the successful tenderer may, in particular, acquire rights and obligations arising from the contracts of employment relating to some of those people involved with the provision of search and rescue, and support helicopter if included, services on the date of the transfer of that function to the successful tenderer. The Contracting Authority may wish to acquire an option to use assets used by the bidder for the purposes of the contract where the bidder commits a serious default under the contract. VI.4)Procedures For Appeal VI.4.1)Body responsible for appeal procedures: Special Projects Multi-Air Platform Project Team, DE&S Yew 1a #1141, MoD Abbey Wood, Bristol, BS34 8JH, United Kingdom Tel. +44 3067982975, Fax. +44 1179131943, Email: [email protected] Body responsible for mediation procedures: Special Projects Multi-Air Platform Project Team, DE&S VI.4.2)Lodging of appeals: Not Provided VI.4.3)Service from which information about the lodging of appeals may be obtained: Special Projects Multi-Air Platform Project Team, DE&S VI.5) Date Of Dispatch Of This Notice: 02/08/2013 CONTRACT DESCRIPTION Search and rescue helicopters. Air-rescue services. Air-sea rescue services. The primary requirement is for Falkland Islands Search and Rescue Helicopter Service with consideration given to industry provision of a Support Helicopter Service. The Authority intends to make a decision regarding its need for the Support Helicopter Service prior to Contract award and reserves the right not to contract for the Support Helicopter Service. If a Support Helicopter Service is included at contract award, the contract will include options to increase or decrease the volume of flying hours during the contract period. Compliance to all relevant International, National and Local laws, legislation and obligations applicable to this requirement is required both in the contract award procedure and during the term of any resultant contract. European Regulation (EC) 216/2008 defines search and rescue as a state activity therefore the service will be regulated through UK Government (Department for Transport). Search and Rescue (SAR) Service An all-weather SAR helicopter service, able to operate throughout the Falklands Islands region and in the maritime environment. The SAR service must be responsive, able to search a wide area of interest, locate and recover both military personnel (including fast jet ejectees) and civilians, and medically stabilize those casualties/survivors from all risk areas including mountainous terrain and the maritime environment. The service must support training activities and be capable of moving equipment by under-slung load (including a fire-fighting bucket) to casualties, emergency crews, and maritime shipping. Support Helicopter (SH) Service The secondary requirement is for a SH Service able to operate throughout the Falkland Islands region and in the maritime environment. The SH service must be able to transport a range of freight including under-slung loads and personnel. |
It looks as if the Support Helicopter section may be specified to replace the existing stand-alone SH contract currently carried out by the S61's.
Looks like the MOD may be giving contractors the opportunity to combine both the SAR and SH contract. BIH's contract must be up for renewal very soon? (unless it's been renewed already?) OH |
recently renewed for the next three years
|
BIH contract extended to end Mar 16 to tie in with OSD date of Mil Sea Kings down there.
Likely a single company to provide both services. New service may even be on place before the above date. CHC were until recently operating in support of oil & gas exploration from Stanley Airport. GG |
Local operation, big financial return. Could be open to several companies:Bristow (likely favourites)CHC (alreday there so in a good position)Bond (not in the area and no local experience, outsider)BIH (would have to invest in new technology but good relationship with the military)Also rans: NHV, Dancopter, Inear (Bond)10 years secure employment no doubt on a good rotation...no different to working in Stornaway or Shetland just a longer commute.
|
List of bidders for Falklands SAR
24 APR 2014 Type of document: Tender issued Country: United Kingdom MOD Contract Bidders Notice GB-Bristol: Falkland Islands Search and Rescue Helicopter Services Region Codes:: Not Provided Section I: Contract Title Contract Title: GB-Bristol: Falkland Islands Search and Rescue Helicopter Services Section II: Identification Numbers MOD Contract Notice Nr: SPMAP/0038 ITT Number: SPMAP/0038 Section III: Relevant Dates Proposed/Estimated ITT Issue Date: 31/03/2014 Proposed/Estimated ITT Return Date: 20/05/2014 Proposed Issue Date of Contract: 01/02/2015 Proposed Completion Date of Contract: 31/03/2026 Section IV: Issuing Branch / Organisation Details Notice Address Official Name: Ministry of Defence, Helicopters Address: Special Projects - Multi Air Platform Project Team, Yew 1A, #1141, MoD Abbey Wood Town: Bristol Telephone: +44 (0)306 79 83895 Email: [email protected] For attention of: Milon Uddin Postcode: BS34 8JH Country: United Kingdom Fax: 0117 91 31943 Internet Address: http://www.gov.uk/government/organis...try-of-defence Section V: Product / Service Descriptor Code Industry Codes: 35612500 - Search and rescue helicopters. 60443100 - Air-sea rescue services. 60443000 - Air-rescue services. Section VI: Summary of Requirements / Description of Work Summary of Requirements / Description of Work: Search and rescue helicopters. Air-sea rescue services. Air-rescue services. The requirement is for Falkland Islands Search and Rescue and Support Helicopter Services. Search and Rescue Service The primary requirement is for a 24 hour, 365 days per year, all weather SAR helicopter service, able to operate throughout the Falkland Islands region and in the maritime environment. The SAR service must be responsive, able to search a wide area of interest, locate and recover both military personnel (including fast jet ejectees) and civilians, and medically stabilise those casualties/survivors from all risk areas including mountainous terrain and the maritime environment. The service must support training activities and be capable of moving equipment by under-slung load (including a fire-fighting bucket) to casualties, emergency crews and maritime shipping. Support Helicopter Service The secondary requirement is for a SH service is able to operate throughout the Falkland Islands region and in maritime environment. The SH service must be able to transport a range of freight including under-slung load and personnel. Section VII: Contract Strategy Contract Strategy: Prime Contract Section VIII: Contractors Invited to Bid Contractors Invited to Bid: Official name: CHC Scotia Ltd Postal Address: CHC House, Howe Moss Drive, Kirkhill Industrial Estate City: Dyce, Aberdeen Postcode: AB21 0GL Country: United Kingdom ContactPoint: For Attention Of: Ian McLuskie Telephone: 01224 846000 Email: [email protected] Fax: Is a contractor classed as a SME? No Official name: AAR International Inc Postal Address: 2301 Commerce Park Drive NE, Palm Bay, Florida City: Postcode: 32905 Country: United States ContactPoint: Christian Thomas For Attention Of: Christian Thomas Telephone: USA 321 837 2467 Email: [email protected] Fax: USA 321 355 0231 Is a contractor classed as a SME? No Official name: FB Heliservices Ltd Postal Address: Jameson House, Lutyens Close, Chineham Court, Basingstoke City: Hampshire Postcode: RG24 8AG Country: United Kingdom ContactPoint: For Attention Of: Mr Andrew Upton Telephone: 01256 316116 Email: [email protected] Fax: 01256 316140 Is a contractor classed as a SME? No Official name: Bristow Helicopters Ltd Postal Address: Dyce Avenue City: Dyce Avenue Postcode: AB21 0LQ Country: United Kingdom ContactPoint: For Attention Of: Simon Tye Telephone: 01224 723151 Email: [email protected] Fax: Is a contractor classed as a SME? No Official name: Bond Offshore Helicopters Ltd, Avincis Group Postal Address: 8th Floor, Kings Buildings, 16 Smith Square City: London Postcode: SW1P 3HQ Country: United Kingdom ContactPoint: Dr Paul Beadle For Attention Of: Dr Paul Beadle Telephone: 0207 93 21600 Email: [email protected] Fax: Is a contractor classed as a SME? No Contract Description Search and rescue helicopters. Air-sea rescue services. Air-rescue services. The requirement is for Falkland Islands Search and Rescue and Support Helicopter Services. Search and Rescue Service The primary requirement is for a 24 hour, 365 days per year, all weather SAR helicopter service, able to operate throughout the Falkland Islands region and in the maritime environment. The SAR service must be responsive, able to search a wide area of interest, locate and recover both military personnel (including fast jet ejectees) and civilians, and medically stabilise those casualties/survivors from all risk areas including mountainous terrain and the maritime environment. The service must support training activities and be capable of moving equipment by under-slung load (including a fire-fighting bucket) to casualties, emergency crews and maritime shipping. Support Helicopter Service The secondary requirement is for a SH service is able to operate throughout the Falkland Islands region and in maritime environment. The SH service must be able to transport a range of freight including under-slung load and personnel. |
Suggested tactic for bidders - undercut the rest by 20%. George Osborne will love you forever.
|
Although the SAR is 24/7 cover, it won't get used much whereas the SH element is the life-blood of the islands and will be used extensively.
|
AAR inclusion in the bidding may bring the S92 into play. They currently have 2 S92 on contract in afganistan for both troop transport and general support work.however they would require a major mod to fit them for SAR work.
BRS may get a good rate on 2 extra S92 tagged onto the back of UKSAR requirements. CHC may not want to stretch to using an S92 and will pitch the Puma L2 . Avincis / Babcock may also pitch the L2 possible depending on the outcome of the North Sea jigsaw renewal. FB could go the lease route with a pair of L2 from Vector aerospace or maybe Heli One if CHC are unsuccessful. Upcoming O&G opportunity with Bedrock Drilling out of Port Stanely who ever wins the SAR contract would like to have some sort of fleet commonality for spares and possible crew crossover. |
Is this for real?
So let's get this right, we'll soon have 60 Chinooks, twenty-something Puma 2s after a £200m upgrade, a load of Merlins being upgraded and marinised, and we still have to put civilian helicopters into the isolated and vulnerable Falkland Islands? Meanwhile the military helicopters will have no operational theatres to service for the first time in decades.
Madness! |
Hang on there, don't forget we're invading Ukraine in a couple of weeks time. We might need a few in reserve for that.
|
Can't see a L2 being suitable for the role down there.
|
S-61's
Are Carson fit S-61's not in the frame for Falklands or S-92's only..?
|
All times are GMT. The time now is 21:37. |
Copyright © 2024 MH Sub I, LLC dba Internet Brands. All rights reserved. Use of this site indicates your consent to the Terms of Use.